Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2024 SAM #8104
SOLICITATION NOTICE

R -- Westover Base Operation Support (BOS) Services - FA660624R0001

Notice Date
2/2/2024 12:45:47 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
FA660624R0001
 
Response Due
2/16/2024 11:00:00 AM
 
Archive Date
12/20/2024
 
Point of Contact
Freeman Knowlton, Phone: 4135572513
 
E-Mail Address
freeman.knowlton@us.af.mil
(freeman.knowlton@us.af.mil)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
Solicitation Amendment FA660624R00010006:�The purpose of this amendment is to publish the Government's responses to the solicitation Question Worksheet. Please see Attachment 28 for the full list of consolidated vendor questions and corresponding Government answers. Updates to the following supporting documentation have been made: Attachment 1, 5, 7, 9, 10, 11, 15, 16, 17, 22, 27, 28, and 29. Please note, an updated Wage Determination is part of this amendment. All other terms and conditions remain unchanged and in full force and effect. Solicitation Amendment FA660624R00010005: The purpose of this amendment is to change the proposal due date from 02February2024 to 16February2024 to allow vendors adequate time to update their proposals in response to Attachment 27-Question Worksheet which will be in a follow-on amendment that will be posted NLT 02Feb24. All other terms and conditions remain unchanged and in full force and effect. Solicitation Amendment FA660624R00010004: The purpose of this amendment is to change the proposal due date from 04January2024 to 02February2024 to allow vendors adequate time to update their proposals once the Government posts their responses to Attachment 27-Question Worksheet. The estimated time for posting responses to Attachment 27 is approximately 12January2024. All other terms and conditions remain unchanged and in full force and effect. Solicitation Amendment FA660624R00010003: The purpose of this amendment is to replace the corrupted PDF file, Attachment 10 - Tab F - Tech Lib 20230627, with a new file. Additionally, electronic copies of the SF30 amendments for 0001 thru 0003 are being attached. Please ensure to acknowledge all amendments in your solicitation proposals. All other terms and conditions remain unchanged and in full force and effect. Solicitation Amendment FA660624R00010002: The purpose of this amendment is to replace the corrupted PDF file, Attachment 11 Tab F - Tech Lib 20230627, with a new file. All other terms and conditions remain unchanged and in full force and effect. Solicitation Amendment FA660624R00010001: The purpose of this amendment is to update attachments 4, 5, 6, 21, 22, 23, 24, 25, and 26 to reflect the correct solicitation number, FA660624R0001. All other terms and conditions remain unchanged and in full force and effect. _______________________________________________________________ This is the Official Solicitation Notice. NOTE: Solicitation number is FA660624R0001. Any solicitation attachments that may reference another PIID shall be understood to be referencing FA660624R0001. An amendment will be created to address any reference errors. Westover Air Reserve Base, MA has a requirement to manage and operate the Base Operations Support (BOS) Services located at Westover ARB, MA. The project scope is a service requirement to perform services in multiple functions to include Materiel Management, Ground Transportation and Vehicle Management, Traffic Management, Real Property Maintenance, and Fuels Management. The official solicitation will result in a contract being issued on an ALL or NONE basis to a single contractor. Performance-Price Tradeoff (PPT) source selection procedures will be used in accordance with (IAW) FAR 15.101-1 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the DAFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision with an anticipated award date of 22 March 2024. The government intends to award a single Indefinite Delivery / Indefinite Quantity contract and will consist of a mobilization period of up to 60-days (if needed). The contract period of performance will be a 12-month base ordering period, 4 follow on 12-month ordering periods, and 60-day demobilization period to run concurrently with the last ordering period. Total contract performance will be 60 months. This effort is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The solicitation is being posted on sam.gov via Procurement Integrated Enterprise Environment (PIEE). All amendments, pre-proposal conference minutes, questions and answers, etc. to the solicitation will also be issued via PIEE. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated. A site visit will be conducted at Westover ARB, MA on 14 Dec 2023 at 10:00 am Eastern Time Zone. A maximum of one (1) individual per company will be permitted to attend. Full instructions for base access and any additional requirements are provided in the solicitation. The Question and Answer period will have a hard cut-off date of 20 Dec 2023. Questions received after 20 Dec 2023 may or may not be answered at the discretion of the Procuring Contracting Officer (PCO). NAICS: 561210. Product Service Code: R706. Small Business Size: $47M. This solicitation is a Request for Proposal (RFP). The contract will be Firm-Fixed Price. NOTE: All contractors must be registered in the System for Award Management (SAM) program to receive contract award from any DoD activity. Contractors may access https://sam.gov to register and/or obtain information about the SAM program. No Foreign participation is allowed. Contractors may also register at https://piee.eb.mil for solicitation information and proposal submission. Paper copies of this solicitation and its attachments will not be available. It is incumbent upon the interested parties to visit https://sam.gov and https://piee.eb.mil frequently for any updates and/or amendments to all documents. Questions may be submitted using the FA660624R0001 Questions and Answer Worksheet. This worksheet will be used throughout the process and updated as often as necessary. Any questions shall be forwarded to the primary Point of Contact (POC) via email. Attachments 7-12. Effective 30 November 2020, the Defense Federal Acquisition Regulation Clause 252.204-7012 requires all Department of Defense contractors and subcontractors to implement cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Non-federal Systems and Organizations. Your NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. It is suggested to visit the SPRS homepage and use the vendor quick reference guides to help you complete the process. There is also an SPRS support number on the bottom of the homepage that you can call for assistance as well. It is the responsibility of each offeror to review the website for posting of amendments and updates or changes to current information. Potential offerors are encouraged to follow and/or subscribe for real time e-mail notifications and/or monitor SAM.gov and/or PIEE for updates to this solicitation. NOTE: Any inquiries shall be made via email. Primary point of contact (POC): Freeman Knowlton, Contracting Officer, freeman.knowlton@us.af.mil, Alternate point of contact: Joseph Hannigan, Administrative Contracting Officer, joseph.hannigan.1@us.af.mil, Alternate point of contact: Alex Arnold Contracting Specialist, alex.arnold.4@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a14d3c28e8b44a9b9a4c7e8ab97b9ba/view)
 
Record
SN06953449-F 20240204/240202230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.